+ All Categories
Home > Documents > Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent...

Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent...

Date post: 19-Mar-2020
Category:
Upload: others
View: 5 times
Download: 0 times
Share this document with a friend
23
Request for Proposal Solicitation #: 328837 Date Issued: January 23, 2020 Issued To: {Insert Potential Supplier Address} This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime Contract DE-AC06-09RL14728. This RFP is issued by: Mission Support Alliance, LLC P.O. Box 650 Richland, WA 99352 Contract Specialist: Dana Looney 509-376-0252 [email protected] Proposals are to be prepared in accordance with the instructions and conditions set forth herein. Proposals are to be received by the close of business (4:30 P.M., PST) on 02/04/2020 to the address shown above, attention to the Contract Specialist identified above. All questions are to be directed to the Contract Specialist identified above. All proposals are subject to the terms and conditions set forth herein. Any exceptions, deviations, or omissions may be grounds for rejection of proposals submitted.
Transcript
Page 1: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

Request for Proposal

Solicitation #: 328837

Date Issued: January 23, 2020

Issued To:

{Insert Potential Supplier Address}

This Request for Proposal (RFP) is issued under the authority of the Department of Energy Prime

Contract DE-AC06-09RL14728.

This RFP is issued by:

Mission Support Alliance, LLC

P.O. Box 650

Richland, WA 99352

Contract Specialist:

Dana Looney

509-376-0252

[email protected]

Proposals are to be prepared in accordance with the instructions and conditions set forth herein.

Proposals are to be received by the close of business (4:30 P.M., PST) on 02/04/2020 to the address

shown above, attention to the Contract Specialist identified above.

All questions are to be directed to the Contract Specialist identified above. All proposals are

subject to the terms and conditions set forth herein. Any exceptions, deviations, or omissions may

be grounds for rejection of proposals submitted.

Page 2: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 2 of 23

Table of Contents

A.1 North American Industry Classification System (NAICS) Code and Size

Standard ...................................................................................................................4 A.2 Cost or Pricing Data .................................................................................................4 A.3 Proposal Submittal ...................................................................................................4 A.4 Financial Capability Determination .........................................................................5

A.5 Basis of Award – Best Value ...................................................................................5 A.6 Proposal Submission Requirements .........................................................................6 A.7 Labor Rate Schedule ................................................................................................7 A.8 Conflict of Interest Disclosure and Representation .................................................7

A.9 Instructions for the Preparation of Proposals ...........................................................8 A.10 Foreign Nationals .....................................................................................................9

A.11 Service Animal Requirement ...................................................................................9 B.0 Award ................................................................................................................................ 10

B.1 Award Notification ................................................................................................10 B.2 Limitation of Funds................................................................................................10

C.0 QA / Inspection Requirements- Reserved ......................................................................... 11

D.0 Description/Statement of Work- Reserved ....................................................................... 11 E.0 Transportation Instructions- Reserved .............................................................................. 11

F.0 Schedule- Reserved ........................................................................................................... 11 G.0 Delivery/Performance ....................................................................................................... 11

G.1 Term of Subcontract ..............................................................................................11

H.0 Subcontract Administration .............................................................................................. 11

H.1 Authorized Personnel .............................................................................................12 H.2 Electronic Mail Capability .....................................................................................12 H.3 Closeout Certification ............................................................................................12

H.4 Subcontractor Invoices for Subcontracts ...............................................................12 H.5 Terms of Payment ..................................................................................................14

I.0 Special Requirements........................................................................................................ 14 I.1 Reimbursement of Travel Expenses ......................................................................14

I.2 Facility Closure Notice - Holiday and Work Schedules ........................................15 I.3 Key Personnel ........................................................................................................15 I.4 Service Contract Labor Standards .........................................................................15 I.5 Inspection of Services ............................................................................................16 I.6 Designation of Technical Representative ..............................................................17

I.7 Subcontract Options ...............................................................................................17 I.8 Environmental, Safety and Health .........................................................................18

I.9 Size Standards Reporting Requirements ................................................................18 I.10 Requirements for Lower Tier Subcontracting .......................................................19 I.11 Non-Disclosure Agreement for Company Subcontractors ....................................19

Page 3: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 3 of 23

I.12 Non-Disclosure and Intellectual Property Agreement for Individual

Subcontractors........................................................................................................20 J.0 Terms and Conditions ....................................................................................................... 20

J.1 Limitation of Liability - Services ...........................................................................20 J.2 General Provisions – Time and Material / Labor Hour .........................................21 J.3 Special Provisions – On-Site (Formerly SP-5) ......................................................21

K.0 List of Attachments ........................................................................................................... 21 K.1 Statement of Work (SOW).....................................................................................21

K.2 Wage Determination ..............................................................................................21 L.0 Signatures .......................................................................................................................... 21

M.0 Representations and Certifications ................................................................................... 21

M.1 Anti-kickback Certifications ..................................................................................21

M.2 Subcontractor Acknowledgement of Federal Online Representations and

Certifications ..........................................................................................................22

Page 4: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 4 of 23

A.1 North American Industry Classification System (NAICS) Code and Size Standard

(A01) Rev 002 3/1/2011

The Buyer has determined that North American Industry Classification System (NAICS) Code

611430 applies to this acquisition. Therefore, the size standard for determining whether an Offeror

is a small business in regard to this acquisition is $12 million.

If this solicitation is designated as a small business set-aside, the Offeror certifies that they are a

small business by submitting a proposal or an offer to this solicitation.

A.2 Cost or Pricing Data

(A16) Rev. 1 03/14/2011

This is not a request for cost or pricing data, but notification to all Offerors that this information

may be required prior to award unless the Subcontract is determined by the Buyer to be exempt

from the requirements of Public Law 87-653 (10 USC Sec. 2306a).

A.3 Proposal Submittal

(A37) Rev. 0 03/14/2011

1. Proposals are to be received by the close of business (4:30 P.M., PST) on the date specified

in the Solicitation.

2. Other Proposal Methods

Proposals, upon approval by Contract Specialist, may be submitted by E-mail (preferred),

telephone, fax, mail, or hand delivered. The original proposal form and certifications must

be sent to the Contract Specialist when requested as confirmation.

3. Late Proposals

A proposal is considered late if it is received at the office designated in the solicitation after

the exact time and date specified for receipt and will not be considered unless:

a. It was sent by registered or certified mail no later than the fifth calendar day

prior to the date specified for receipt of offers (e.g., an offer submitted in

response to a Solicitation requiring receipt of offers by the 20th of the month

must have been mailed by the 15th or earlier); or

Page 5: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 5 of 23

b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist,

and it is determined that the late receipt was due solely to mishandling upon

receipt; or

c. It is the only proposal received.

4. Proposal Changes

Any modification of a proposal, including the Contract Specialist’s request for “Best and

Final Offer,” is subject to the same conditions as in the “Late Proposals” section above.

5. Withdrawal of Proposals

Proposals may be withdrawn by written or electronic notice to the Buyer at any time prior

to award. A Subcontractor, or its authorized representative, may withdraw proposals in

person, provided their identity is made known and they sign a receipt for the proposal.

A.4 Financial Capability Determination

(A39) Rev. 0 03/14/2011

Prior to Award, the Buyer reserves the right to request any or all Offerors to submit data which

will be used to make a determination of financial capability to perform on any resultant

Subcontract. Such data may include, however not be limited to, current annual reports, lines of

credit with financial institutions and suppliers, and/or any other such data as may be required to

make a determination of the Subcontractor’s financial capabilities.

A.5 Basis of Award – Best Value

(A86) Rev. 2 10/10/2019

Award may be made to the Offeror submitting the best proposal in which both cost/price and other

specifically defined factors will be the basis of award. Proposals will be evaluated to determine

the response that provides the best value to MSA and the Government, considering cost/price and

technical criteria; with technical rated higher than cost/price.

Technical

Price

Page 6: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 6 of 23

A.6 Proposal Submission Requirements

(A96) Rev. 2 03/01/2019

There may or may not be an award made as a result of this Solicitation. MSA is under no obligation

to pay the Offeror for the preparation or submittal of any response to this Solicitation.

Offeror shall insert the necessary information required on the Solicitation. Any proposals not

submitted in accordance with the Solicitation may be considered nonresponsive. Unless otherwise

requested, Offeror is to propose price and delivery based upon their normal work week. In

addition, Offeror is to specify basis of normal workweek (i.e., number of days/week and number

of hours/day).

Compliance with specifications and other requirements of this Solicitation is essential. Unless

otherwise indicated by Offeror, Offerors signature on their proposal shall indicate unqualified

acceptance of all requirements including all the terms and conditions stated and referenced by this

Solicitation. Interpretations established by the Offeror to any part of this Solicitation may be

considered an exception. In case of doubt, Offeror should request clarification from Contract

Specialist. If there are any exceptions to the requirements of the Solicitation, the price offered

should be based on the Solicitation's requirements and the exception(s) priced as alternates. If

Offeror's proposal is based only on the proposed exceptions, it must be recognized that this may

be grounds for a determination that such a proposal is non-responsive.

Any questions or requests for additional information relative to the Solicitation must be submitted

in writing to the Contract Specialist responsible for issuing the Solicitation. Copies of replies to

questions will be furnished to all Offerors.

Proprietary Information

Offerors whose proposals include any data that they do not want disclosed to the public for any

purpose, or used by Buyer or the Government except for evaluation purposes, shall:

A. Mark the title page of their proposal with the following legend:

“This proposal includes data that shall not be disclosed outside Buyer or the Government

and shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other

than to evaluate this proposal. If, however, a Subcontract is awarded to this Offeror as a

result of, or in connection with, the submission of this data, Buyer and the Government

shall have the right to duplicate, use, or disclose the data to the extent provided in the

resulting Subcontract. This restriction does not limit Buyer’s nor the Government's right to

use information contained in this data if it is obtained from another source without

Page 7: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 7 of 23

restriction. The data subject to this restriction are contained in sheets [insert numbers or

other identification of sheets];” and

B. Mark each sheet of data it wishes to restrict with the following legend:

“Use or disclosure of data contained on this sheet is subject to the restriction on the title

page of this proposal.”

A.7 Labor Rate Schedule

(A99) Rev. 1 09/27/2019

The Fully Burdened Labor Rates below shall be used as consideration for satisfactory performance

of Work in accordance with this Subcontract. All allowable hours shall be billed as identified

below. The rates shall remain in full force and effect for the Subcontract period of performance,

unless written authorization is provided by the Contract Specialist. There is no overtime premium

notwithstanding the number of hours worked during the day.

LABOR RATE SCHEDULE

Name of Individual Labor

Category

Fully Burdened

Rate

A.8 Conflict of Interest Disclosure and Representation

(A102) Rev. 2 02/08/2018

It is the Buyer’s policy to avoid situations, which place a Subcontractor or Subcontractor’s

employees in a position in which it may not be able to participate or perform on an equal basis for

Buyer-controlled work with other qualified contractors due to impermissible Conflicts of Interest.

See, FAR 3.1101. To address this matter, the Subcontractor is to consider the relevant

Page 8: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 8 of 23

circumstances surrounding this effort to determine if there are any past, present or future interests

(financial, contractual, organizational or personal) that could be viewed as a conflict of interest.

In addition, the Subcontractor is to consider potential conflicts of interest of all personnel working

in a staff augmentation or direct services role for familial relationships at Hanford in answering

the following.

The Subcontractor is to insert the following statement into any proposal response to MSA:

Subcontractor hereby certifies that [ ] there is not or [ ] there is a potential conflict of

interest by the company or company personnel. If the answer is affirmative, the details

associated with the real or potential concerns are disclosed and highlighted in the

Subcontractor’s proposal. Any such disclosure may result in the need for additional

discussions relative to the Subcontractor’s continued participation in this effort. Failure to

disclose any real or potential concerns may be grounds for disqualification if identified

prior to award or, if applicable, termination if identified after award.

A.9 Instructions for the Preparation of Proposals

(A104) Rev. 0 7/17/2014

For specific instructions on how to respond to a Request for Proposal (RFP), please refer to

Instructions for the Preparation of Proposals.

Please provide a current copy of Your Representations and Certifications from SAM

Please provide a current copy of the active exclusions list from SAM

Please verify that you are registered to the NAICS code for this procurement in both SAM

and the Hanford Site vendor registration. Please us the following link to register for the

Hanford Site vendor database. https://www5.hanford.gov/vendreg/

Please provide an hourly rate for the base period of his contract and all the option periods

for each employee you propose.

Page 9: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 9 of 23

Please provide a breakdown of each hourly rate to include the base pay, all taxes, overhead,

administrative, all profit and any other adder. Please make sure each adder that builds up

the hourly labor rate is listed separately and none of them are combined.

Please provide your proposals in two volumes. One price and the other technical.

Please provide a resume and all supporting documentation to comply with section 5.1 of the

scope of work.

Please fill out section A.10 of this solicitation and return with Proposal.

Please provide a certificate of insurance that is compliant with Special Provisions 5-On-Site

Services contained in this subcontract.

Insurance and all vendor registration data are to be considered part of the Price volume of

the two-volume proposal.

Please provide a small business subcontracting plan in accordance with General Provisions

Time and Material section 8.0 found in this subcontract.

A.10 Foreign Nationals

(A106) Rev. 0 5/25/2016

If the Subcontractor intends to propose any foreign nationals (non-US citizens) that information

must be a part of the Subcontractor’s proposal. They will be processed in accordance with

MSA’s Unclassified Visits and Assignments by Foreign Nationals prior to commencement of the

work. This process could add from a few days up to several weeks of lead time depending on the

country of origin and the subject matter involved.

A.11 Service Animal Requirement

(A111) Rev. 0 01/16/2019

If any of the individuals who will be performing work under the awarded subcontract require the

use of a service animal to perform their work or tasks, this information is to be included in the

proposal. No service animal will be allow access unless the conditions set forth in the attached

Special Provisions 5 – ON-SITE SERVICES, clause 19.0 Service Animals, have been met.

Page 10: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 10 of 23

B.0 Award

B.1 Award Notification

(A95) Rev. 0 3/14/2011

The Subcontractor is hereby notified that effective on TBD, the Subcontractor is awarded a Time

and Material Subcontract for the delivery/performance of the item(s) and/or service(s) in

accordance with all the requirements and conditions set forth or by reference attached herein in an

amount of $TBD. The Subcontractor shall not exceed this amount without specific written

authorization from the Contract Specialist.

B.2 Limitation of Funds

(A109) Rev. 0 7/27/2017

1. Although the parties have negotiated the ceiling price of a not-to-exceed amount of $TBD

for this Subcontract, it is understood that sufficient funds for the full scope of the work are

not presently available. It is anticipated that additional funds will be obligated to this

Subcontract until the total estimated price of said Subcontract is reached.

2. The Subcontract specifies the amount presently available for payment, the items covered,

and the period of performance the amount will cover. The Subcontractor agrees to perform

(or have performed work) on the Subcontract up to the point at which the total amount paid

and payable under the Subcontract approximates but does not exceed, the total amount

actually allotted on the Subcontract.

3. The Subcontractor shall notify the Contract Specialist in writing whenever the total costs

it expects to incur under this Subcontract in the next 30 days will exceed 85 percent of the

total amount allotted to this Subcontract. The notice shall state the estimated date when

such amount will be reached, and the estimated amount of additional funds required for

continuing performance for the period specified in the schedule. If, after such notification,

additional funds are not obligated by the end of estimated reach date or by an another

agreed upon date, the Buyer shall, upon Subcontractor’s written request, terminate this

Subcontract on the performance end date or the date set forth in the request, whichever is

later, and pursuant to the provisions of the Termination clause of this Subcontract.

4. Except as provided by other provisions of this Subcontract, the following are stated to be

exceptions to this clause:

a. The Buyer is not obligated to reimburse the Subcontractor for costs incurred in excess

of the total amount allotted to this Subcontract; and

Page 11: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 11 of 23

b. The Subcontractor is not obligated to continue performance under this Subcontract

(including actions under the termination clause) or otherwise incur costs in excess of

the allotted amount of this Subcontract, until the Buyer notifies the Subcontractor in

writing that the amount has been increased and specifies the revised total allotted

amount.

5. No notice, communication, or representation in any form or by anyone other than the

Contract Specialist, shall affect the allotted amount of this Subcontract. In the absence of

the Subcontractor’s notification (paragraph 3 above), the Buyer is not obligated to

reimburse the Subcontractor for any costs in excess of the total amount allotted to this

Subcontract whether incurred during the course of performance period, a termination, or

result of an audit.

6. Any costs the Subcontractor incurs before a modification shall be allowable to the same

extent as if incurred afterward, unless this Subcontract was terminated.

7. Change orders shall not be considered an authorization to exceed the allotted amount

specified in the schedule, unless they result in a modification to the Subcontract

8. If the Buyer does not allot sufficient funds to allow completion of the work, the

Subcontractor is entitled to a percentage of the fee specified in this Subcontract equaling

the percentage of work completed.

C.0 QA / Inspection Requirements- Reserved

D.0 Description/Statement of Work- Reserved

E.0 Transportation Instructions- Reserved

F.0 Schedule- Reserved

G.0 Delivery/Performance

G.1 Term of Subcontract

(F08) Rev. 0 3/14/2011

The term of this Subcontract shall commence on the date of award and shall end on TBD unless

extended by the parties or terminated by other provisions of this Subcontract.

H.0 Subcontract Administration

Page 12: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 12 of 23

H.1 Authorized Personnel

(G03) Rev. 0 1/28/2010

Only the following named individuals are authorized to make changes to this Subcontract or

Purchase Order:

Contract Specialist, Dana Looney/ 509-376-0252/ [email protected]

Contracts Manager, Keisha Garcia/ 509-376-9831/ [email protected]

H.2 Electronic Mail Capability

(G11) Rev. 0 3/14/2011

The Subcontractor shall have internet access and maintain electronic mail capability for the

duration of the Subcontract. The Subcontractor email account shall be able to send and receive

attached documents of up to 1/2 megabyte in size. Correspondence concerning this Subcontract

will be conducted via email in current versions of Microsoft Office applications, ASCII text, RTF,

PDF, ZIP, and other commonly used file formats.

H.3 Closeout Certification

(G19) Rev. 2 07/18/2018

Subcontractor shall properly execute and mail to the Buyer a final release, in a format acceptable

to the Buyer, within thirty (30) working days from the last date services are provided hereunder

and/or the date of the last shipment made hereunder. Final payment will not be made until a final

release is signed and received by the Buyer.

Final Release is located at http://www.hanford.gov/pmm/files.cfm/Final_Release_MSA.pdf.

H.4 Subcontractor Invoices for Subcontracts

(G044) Rev. 1 03/01/2019

The following process shall be used on invoices submitted to Mission Support Alliance.

Unauthorized deviations from these instructions may result in delayed payment or returned

invoices.

Invoice Submittal Requirements:

Page 13: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 13 of 23

A. Submittal of an invoice constitutes Subcontractor’s certification that materials, work,

and/or services have been delivered, and invoice rates are in accordance with the

Subcontract provisions.

1. Invoices for services may not be submitted more than once per calendar month

unless otherwise authorized in the Subcontract.

2. The total amount due for the billing period must be clearly identified on all invoices

(this amount should be set apart from any cumulative amounts or subtotals included

on the invoice).

3. The Subcontractor shall indicate the labor rate, number of hours, and period of

performance being billed on each invoice, when applicable.

4. Invoiced rates, travel, or other direct charges must be specifically defined in the

Subcontract to be allowable for reimbursement.

5. Travel expenses (if authorized) must be itemized and supported with receipts in

accordance with the requirements set forth under the clause titled, “Reimbursement

of Travel Expenses,” or as otherwise stated within the Subcontract.

6. The Subcontractor shall submit signed time cards for the individual

performing the work with each invoice on this subcontract.

B. All invoices shall be submitted electronically to Accounts Payable ([email protected])

and copy the Contract Specialist unless otherwise directed by the Contract Specialist.

Please do not submit hard copies unless requested by the Contract Specialist.

C. Each Subcontract and release(s) must be invoiced separately.

1. The Subcontractor name, invoice number, and the Subcontract and release number

must be shown in the subject line of the e-mail message used to submit an electronic

invoice. The suggested format for the subject line is: Subcontractor Name, Invoice

XXXXX, and Subcontract XXXXX-X (i.e. 47825 - Release 20).

2. Each invoice must have a unique invoice number.

3. Each invoice should include the name and telephone number of a company

representative available to respond to invoice questions.

4. Remittance will only be made to the remittance address on file for the

Subcontractor. Invoices from third parties or with different remittance instructions

or addresses will not be processed.

Page 14: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 14 of 23

5. Questions or requests for exceptions should be addressed to the Contract Specialist.

6. Before payments can be made via Electronic Funds Transfer (EFT), an

“Authorization for Electronic Funds Transfer of Invoice Payments” form must be

completed and returned to Contract Specialist. The form is located at:

http://www.hanford.gov/pmm/files.cfm/eft.pdf. NOTE: The original form with

signature and date shall be mailed to the address at the bottom of the form. Copies

of the form that have been e-mailed or faxed will not be accepted.

H.5 Terms of Payment

(G047) Rev. 0 7/14/2014

Payment terms are net 30 days, unless otherwise agreed upon in writing, upon satisfactory receipt

of goods or provision of services and receipt of an accurate invoice.

I.0 Special Requirements

I.1 Reimbursement of Travel Expenses

(H21) Rev. 4 09/21/2018

General Reimbursement Policy

1. Expenses must be in accordance with the Federal Travel Regulation (FTR), this clause, and

any other Subcontract provisions agreed upon prior to traveling. Reimbursement for travel

under this Subcontract is strictly limited to expenses deemed reasonable, allowable, and

allocable in accordance with FTR and this Subcontract. Links to the FTR and current per-

diem rates can be found on the GSA web site (www.gsa.gov).

2. At all times, the Subcontractor is expected to take reasonable steps to minimize the amount

of travel expenses (i.e. booking all travel as far in advance as possible).

Invoicing for Travel Expenses

Subcontractor’s submittal of an invoice to the Buyer that includes travel expenses, signifies

certification to the above. Failure to comply with these provisions may cause any request for

reimbursement to be denied.

Expense reimbursement requests must be submitted in a timely manner, identify the name of the

traveler, destination, purpose of the travel and days worked under the Subcontract, as well as any

required pre-approval documentation.

Page 15: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 15 of 23

Invoices for travel expenses must include original or legible copies of receipts as required by the

FTR to support:

1. Actual airfare

2. Car rental expenses for each rental day - car rental must be for compact size.

3. Lodging.

I.2 Facility Closure Notice - Holiday and Work Schedules

(H22) Rev. 1 10/22/2014

NOTICE: Daily work schedules and facility operations are NOT consistent on the Hanford Site.

Many organizations and facilities observe Friday closures.

Accordingly, BEFORE scheduling deliveries or site work, the Subcontractor shall make specific

schedule arrangements with the Contract Specialist, BTR, Facility Manager, Delivery Warehouse

Manager, Building Manager, or other cognizant Mission Support Alliance organization.

The Buyer will not be liable for the cost of any delays, demurrage, layovers, extra travel days, etc.,

which result from Subcontractor’s failure to obtain a specific delivery or work schedule in advance.

I.3 Key Personnel

(H23) Rev. 0 3/14/2011

Subcontractor agrees those individuals determined to be key individuals will not be reassigned

without the written agreement of the Buyer. If any of these individuals are unavailable for

assignment for work under this Subcontract, the Subcontractor, with written approval from the

Buyer, shall replace such individual with an individual equal in abilities and qualifications.

The following named individuals have been determined to be key personnel assigned to the

performance of this Subcontract: TBD

I.4 Service Contract Labor Standards

(H27) Rev. 8 08/23/2017

This Subcontract is subject to the Service Contract Labor Standards (formerly known as the

Service Contract Act of 1965) as specified in FAR 22.10. It is the Subcontractor’s responsibility

to ensure their employees are properly classified in accordance with the Service Contract Labor

Page 16: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 16 of 23

Standards for the work assigned for the entire duration of this Subcontract. The Subcontractor shall

pay service employees employed in the performance of this Subcontract no less than the minimum

wage, and furnish fringe benefits in accordance with the appropriate job classification per the

applicable Blanket Wage Determination.

Blanket Wage Determination (BWD) 2015-5527 (attached) is applicable to work performed under

this Subcontract on the Hanford Site and adjacent areas by service occupations identified in the

BWD. Service Occupations that will be used in performance of this Subcontract at another

location or that are not listed in the BWD must be specifically identified herein along with an

applicable wage determination.

A Directory of Occupations and more information about the Service Contract Act can be found

on the Department of Labor web site at https://www.dol.gov/whd/govcontracts/sca.htm

I.5 Inspection of Services

(H36) Rev. 0 3/14/2011

1. Definitions. “Services,” as used in this clause, includes services performed and when

applicable, materials furnished or utilized in the performance of services.

2. Subcontractor may be required to provide and maintain an internal quality

control/inspection system covering the services performed under this Subcontract that is

acceptable to the Buyer. However, Buyer acceptance does not relieve the Subcontractor in

any way for full performance responsibility.

3. Complete records of all inspections performed by Subcontractor on work related to the

requirements of this Subcontract shall be maintained and made available to the Buyer

during Subcontract performance, and for as long afterwards as is required by the General

Provisions of this Subcontract.

4. The Buyer reserves the right to inspect and test all services called for by the Subcontract,

to the extent practicable, at all times and places during the term of the Subcontract. This

right shall extend to any of Subcontractor’s sub-tier subcontractors whose work applies

directly to this Subcontract. Subcontractor shall make such provisions as necessary in its

sub-tier subcontracts and contracts to ensure the preservation of this right. The Buyer shall

perform inspections and tests in a manner that will not unduly delay the work.

5. If any of the services provided by Subcontractor do not conform to its requirements, the

Buyer may require Subcontractor to perform the services again in conformity with

Subcontract requirements at no additional fee if a fee is payable under other provisions of

this Subcontract. When defects in services cannot be corrected by re-performance, the

Page 17: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 17 of 23

Buyer may: (1) require Subcontractor to take necessary action to ensure that future

performance conforms to contractual requirements, and (2) reduce any fee payable under

this Subcontract to reflect the reduced value of the services performed.

6. If Subcontractor again fails to promptly perform the services or to take necessary action to

ensure that future performance is in conformity with contractual requirements, the Buyer

may: (1) by Subcontract or otherwise, perform the services and reduce any fee payable by

an amount that is equitable under the circumstances or (2) terminate the Subcontract for

default in accordance with SP-2, “Special Provisions - Cost Reimbursement Subcontracts.”

I.6 Designation of Technical Representative

(H38) Rev. 0 3/14/2011

The Contract Specialist hereby designates the following as the Buyer’s Technical Representative,

(BTR) for this Subcontract: Name/phone/mail stop/email:TBD.

The BTR is responsible for monitoring and providing technical guidance for this Subcontract and

should be contacted regarding questions or problems of a technical nature. The BTR is also

responsible for appropriate surveillance of the Subcontractor’s representative while on site.

However, in no event will an understanding, agreement, modification, change order, or any

deviation from the terms of this Subcontract be effective or binding upon the Buyer unless

formalized by proper contractual documents executed by the Contract Specialist prior to

completion of this Subcontract.

On all matters that pertain to Subcontract terms, the Subcontractor shall contact the Contract

Specialist specified within this Subcontract. When in the opinion of the Subcontractor, the BTR

requests or directs efforts outside the existing scope of the Subcontract; the Subcontractor shall

promptly notify the Contract Specialist in writing. The BTR does not possess any explicit,

apparent or implied authority to modify the Subcontract. No action should be taken until the

Contract Specialist makes a determination and modifies the Subcontract in writing.

I.7 Subcontract Options

(H54) Rev. 0 3/14/2011

The Buyer retains the sole right to exercise the option(s) included in this Subcontract. The inclusion

of the option(s) does not represent a commitment, financial or otherwise, on the part of the Buyer

to exercise any or all of the option(s) nor extend the Subcontract beyond the end date specified by

the Subcontract or most current Subcontract amendment. Buyer may exercise one or more options

by providing written notice to the Subcontractor prior to the most current Subcontract end date.

Page 18: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 18 of 23

Lacking written notice by the Buyer, the option(s) will expire with the Subcontract.

Option Period 1 10/01/2020 to 09/30/2021

Option Period 2 10/01/2021 to 09/30/2022

Option Period 3 10/01/2022 to 09/30/2023

Option Period 4 10/01/2023 to 09/30/2024

I.8 Environmental, Safety and Health

(H101) Rev 2 9/19/2017

All work performed on the Hanford site shall be accomplished safely in accordance with all

applicable Environmental, Safety and Health Requirements. See Special Provisions – On-Site

(Formerly SP-5).

Based on a review of the work scope for this Subcontract, the Buyer has determined that this

Subcontract merits increased attention to safety performance. Accordingly, Subcontractor is

required to apply the guiding principles and core function of ISMS as referred to in the Special

Provisions.

The Subcontractor shall submit the safety documentation, submittals, and/or safety plan specified

by the Buyer in the Subcontract, Statement of Work, Section 6.0 before performing any work on

site (unless specifically waived by Buyer).

I.9 Size Standards Reporting Requirements

(H111) Rev. 0 3/14/2011

If the Subcontractor represented that it was a small business concern prior to the award of a

Subcontract, the Subcontractor shall re-represent its size status by completing re-representation

upon the occurrence of any of the following:

(a) Within 30 days after execution of a novation agreement or within 30 days after

modification of the Subcontract to include this clause, if the novation agreement was

executed prior to inclusion of this clause in the Subcontract.

(b) Within 30 days after merger of acquisition that does not require a novation or within 30

days after modification of the Subcontract to include this clause, if the merger or

acquisition occurred prior to inclusion of this clause in the Subcontract

Page 19: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 19 of 23

(c) For long-term Subcontracts-

(i) Within 60 to 120 days prior to the end of the fifth year of the Subcontract; and

(ii) Within 60 to 120 days prior to the date specified in the Subcontract for exercising

any option thereafter.

The following re-representation must be completed if any of the above occurs. The information

must be submitted to the Contract Specialist, along with the Subcontract number and the date on

which the re-representation was completed:

The Subcontractor represents that it is, is not a small business concern under NAICS

Code____________ assigned to Subcontract number____________. [Subcontractor to sign and

date and insert signer’s name and title].

I.10 Requirements for Lower Tier Subcontracting

(H119) Rev 0 9/15/2011

1. Any lower tier subcontractor shall be bound by all required flow down requirements and

expectations set forth in Subcontractor’s Subcontract. Subcontractor’s contract with lower

tier subcontractors shall specifically call out the provisions of MSA’s SP-5, Special

Provisions – On Site Services, as well as any other technical and ES&H or quality

standard/procedure from the MSA Statement of Work applicable to the lower tier’s efforts.

2. Any lower tier subcontract issued shall include a clause or provision to further flow down

these requirements to subsequent lower tier subcontractors.

3. Copies of executed lower tier subcontracts shall be furnished to the cognizant Contract

Specialist.

I.11 Non-Disclosure Agreement for Company Subcontractors

(H121) Rev. 1 07/26/2018

This Subcontract is subject to the Non-Disclosure Agreement (NDA) for Companies. Upon

request, the Subcontractor shall complete the form and submit it to the designated Contract

Specialist.

Page 20: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 20 of 23

I.12 Non-Disclosure and Intellectual Property Agreement for Individual Subcontractors

(H122) Rev. 2 4/7/2015

This Subcontract is subject to the provisions of the Non-Disclosure Agreement (NDA) and

Intellectual Property (IP) Agreement. The Subcontractor shall complete the form and submit it to

the designated Contract Specialist for any Subcontractor individual who will be performing work

under this Subcontract.

J.0 Terms and Conditions

The terms and conditions set forth or referenced in the body of this document by the Buyer shall

apply and the Buyer objects to and shall not be bound by any additional or different terms and

conditions.

J.1 Limitation of Liability - Services

(I36) Rev. 0 3/14/2011

1. Subcontractor shall not be liable for loss of or damage to property of the Government that

(1) occurs after Buyer acceptance of services performed under this Subcontract and (2)

results from any defects or deficiencies in the services performed or materials furnished

except as provided in paragraphs 2 and 3 below, and except to the extent that the

Subcontractor is expressly responsible under this Subcontract for deficiencies in the

services required to be performed under it (including any materials furnished in

conjunction with those services).

2. The limitation of liability under paragraph 1 above shall not apply when a defect or

deficiency in, or the Buyer’s acceptance of, services performed or materials furnished

results from willful misconduct or lack of good faith on the part of any of the

Subcontractor’s managerial personnel. The term “Subcontractor’s Managerial Personnel,”

as used in this clause, means the Subcontractor’s directors, officers, and any of the

Subcontractor’s managers, superintendents, or equivalent representatives who have

supervision or direction of:

a. All or substantially all of the Subcontractor’s business;

b. All or substantially all of the Subcontractor’s operations at any one plant,

laboratory, or separate location at which the Subcontract is being performed; or

c. A separate and complete major industrial operation connected with the performance

of the Subcontract.

Page 21: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 21 of 23

3. If the Subcontractor carries insurance, or has established a reserve for self-insurance,

covering liability for loss or damage suffered by the Government or the Buyer through the

Subcontractor’s performance of services or furnishing of material under this Subcontract,

the Subcontractor shall be liable to the Government or the Buyer, to the extent of such

insurance or reserve, for loss of or damage to property of the Government occurring after

Buyer’s acceptance of, and resulting from any defects and deficiencies, in services

performed or materials furnished under this Subcontract.

4. The Subcontractor shall include this clause, including this paragraph, supplemented as

necessary to reflect the relationship of the Subcontracting parties, in all lower-tier

Subcontracts over $25,000.00.

J.2 General Provisions – Time and Material / Labor Hour

(Revision 05, November 12, 2019)

http://www.hanford.gov/pmm/page.cfm/Provisions

J.3 Special Provisions – On-Site (Formerly SP-5)

(Revision 03, February 13, 2018)

http://www.hanford.gov/pmm/page.cfm/Provisions

K.0 List of Attachments

K.1 Statement of Work (SOW)

The attached Statement of Work: Part-Time Instructional Staff-Hazardous Energy Control

(LOCKOUT/TAGOUT) And Safety & Health Training Support for HAMMER Training Dated:

September 13, 2019 revision: 0 identifies the scope and performance expectations of the

Subcontract. The SOW is incorporated into and made a part of this Subcontract along with all of

the other clauses and terms identified herein.

K.2 Wage Determination

Wage Determination 2015-5527 Rev 8 - 08-02-2019

L.0 Signatures

M.0 Representations and Certifications

M.1 Anti-kickback Certifications

Page 22: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 22 of 23

(L02) Rev. 0 2/2/2010

By responding to this solicitation, the Offeror or Subcontractor certifies that he/she has not:

1. Provided, attempted to provide, or offered to provide, any kickback;

2. Has not solicited, accepted, or attempted to accept any kickback; and/or

3. Included, directly or indirectly, the amount of any kickback, in the Subcontract price

proposed by the Offeror or Subcontractor to the Buyer. (For interpretation of the term

Subcontractor Kickback, see Title 41 U.S.C. Chapter 87, Sections 701 and 8702).

M.2 Subcontractor Acknowledgement of Federal Online Representations and

Certifications

(L16) Rev. 2 9/07/2012

Mission Support Alliance, LLC (“MSA”), relies upon Subcontractor’s current representations and

certifications within a Federal web-based system that centralizes and standardizes the collection,

storage and viewing of many of the representations and certifications required by the Federal

Acquisition Regulations. Effective August 2012, that Federal system is now System for Award

Management (SAM) at www.sam.gov.

By submitting a proposal to MSA in response to this solicitation, the Subcontractor is certifying

that:

1. The representation and certification information within SAM is still current;

2. All statements and explanatory documentation submitted is current and accurate;

3. Signer is authorized to represent the Subcontractor in all matters related to pricing, terms

and conditions, and conduct of business;

4. Subcontractor complies with all requirements of State of Washington statutes,

ordinances, rules and regulations, codes, and orders related to equal employment

opportunity and operation of non-segregated facilities;

5. All Subcontractor employees who may work on MSA’s premises or on the Hanford Site

are not under the influence of controlled substances, drugs or alcohol. Subcontractor

agrees to testing of assigned employees under the MSA’s program for controlled

substances;

Page 23: Request for Proposal - hanford.gov · REQUEST FOR PROPOSAL NO: 328837 Page 5 of 23 b. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined

REQUEST FOR PROPOSAL NO: 328837

Page 23 of 23

6. Subcontractor’s information in the MSA’s registration system is current (no more than

12 months old); and

7. Subcontractor will update SAM on an annual basis.


Recommended